SOLICITATION NOTICE
J -- Commercial Industrial Services (CIS) - Tank Cleaning Services - LPD Class Ship
- Notice Date
- 1/29/2026 11:44:46 AM
- Notice Type
- Solicitation
- NAICS
- 562910
— Remediation Services
- Contracting Office
- SOUTHWEST REGIONAL MAINT CENTER SAN DIEGO CA 92136-5205 USA
- ZIP Code
- 92136-5205
- Solicitation Number
- N5523626Q0026
- Response Due
- 2/2/2026 11:00:00 AM
- Archive Date
- 02/17/2026
- Point of Contact
- Samantha Toles, Phone: (619) 556-6047, Suzanne Shin, Phone: (619) 568-0758
- E-Mail Address
-
samantha.l.toles.civ@us.navy.mil, suzanne.j.shin.civ@us.navy.mil
(samantha.l.toles.civ@us.navy.mil, suzanne.j.shin.civ@us.navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Request for Quotation (RFQ) N5523626Q0026 is issued as a total small business set-aside. The subject solicitation is being processed using FAR Parts 12 and 13. Any quote from a large business is ineligible for award. The applicable North American Industry Classification System (NAICS) code is 562910 � Remediation Services. This solicitation documents and incorporates provisions and clauses that are those in effect through Federal Acquisition Circular 2025-03 (Effective 03 January 2025) and DFARS Publication Notice 20250117. DESCRIPTION: The requirement is to provide labor, services, equipment, and materials for the emptying, cleaning, offload, transfer, transportation, and disposal of Fuel Oil Storage Tank, 8-63-1-F onboard the USS Anchorage (LPD-23). The Period of Performance is 03 March 2026 through 10 March 2026 Vessel location will be at Pier 4, NAVSTA San Diego during the execution of this tank cleaning. [BRCUNCC(1]If Pier number is not known at time of solicitation, replace with �TBD.� The Statement of Work (SOW), Request for Clarification, itemized pricing sheet, and clauses are attached. For additional information please contact both Contract Specialist Samantha Toles, samantha.l.toles.civ@us.navy.mil (primary) and Contracting Officer Suzanne Shin, suzanne.j.shin.civ@us.navy.mil (secondary). Questions about this solicitation must be directed to the Contract Specialist only by submission of a Request for Specification Clarification Form (see attached). In addition, company must have an approved quality management system (NAVSEA Standard item 009-04) by SWRMC's Quality Assurance department to be considered eligible for award. Synopsis is not required in accordance with FAR 5.202(a)(13). Please submit your quote using the attached Itemized Pricing Sheet via email to Samantha Toles, samantha.l.toles.civ@us.navy.mil (primary), and Suzanne Shin, suzanne.j.shin.civ@us.navy.mil (secondary). QUOTES must be received by the destination inbox no later than *02 February 2026, 11:00 AM (Pacific)* or they will not be considered for award. No facsimile quotes will be accepted. A. 52.212-1 Instructions to Offerors � Commercial Products and Commercial Services SEP 2023. Offerors must comply with all instructions contained herein. (1) Offerors may submit written questions during the quote preparation period. All questions must be received no later than 29 January 2026, 11:00 AM (Pacific) to allow adequate time to prepare and issue responses to all offerors prior to the date and time set for receipt of quotes. Only written questions will receive a response. All questions and quotes shall be directed to: Southwest Regional Maintenance Center (SWRMC) � C410A Procurement Email: Cite the solicitation number in the subject line - N5523626Q0026 Email Addresses: samantha.l.toles.civ@us.navy.mil and suzanne.j.shin.civ@us.navy.mil B. 52.212-2 Evaluation Commercial Items, Evaluation � Commercial Products and Commercial Services NOV 2021. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Evaluation Factors � The evaluation factors that will be used are: Technical Acceptability � Ability to meet the required delivery date and the minimum requirements of the Statement of Work. Price � Lowest price technically Acceptable (LPTA) Past Performance � Based on the Supplier Performance Risk System Price: The Government will evaluate the proposed price for reasonableness in accordance with FAR 13.106-3(a)(1). Past Performance: The Government will consider the recency and relevancy of past performance information compared to the requirements detailed in the Statement of Work, the source of the information, the context of the data and general trends in the offeror's performance and any associated risk. The Government will also consider the extent of the offeror's ability to perform previous contracts successfully. In accordance with DFARS provision 252.204-7024, Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations is hereby incorporated by reference. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer�s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) C. 52.212-3 Offeror Representations and Certifications � Commercial Products and Commercial Services (MAR 2025) (DEVIATION 2025-O0004). The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov/SAM/ (only complete and return if there are changes to current SAM Registration. If 52.212-3 is not returned, the contractor is affirming that the current SAM registration is current, accurate, and complete). If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (v) of this provision. The provision of FAR 52.212-3 must be submitted by the Offeror to be eligible for award. D. 52.212-4 Contract Terms and Conditions -- Commercial Products and Commercial Services NOV 2023 Standard Commercial Warranties apply. APPLICABLE PROVISIONS AND CLAUSES: The FAR requires the use of the System for Award Management (SAM) in Federal solicitations as a part of the offer submission process to satisfy FAR 52.212-4. More information on SAM is found at https://www.sam.gov/portal/public/SAM/. PACKAGING REQUIREMENTS: Unless otherwise stated in Section D clauses, packaging and preservation shall be performed in accordance with the best commercial practices to afford maximum protection against damage. DELIVERY INSTRUCTIONS: Item shall be priced for F.O.B. Destination. Inspection and acceptance shall be at destination by the Government. SPECIAL CONTRACT REQUIREMENTS: Please submit your quote via e-mail to Samantha Toles, samantha.l.toles.civ@us.navy.mil and Suzanne Shin, suzanne.j.shin.civ@us.navy.mil. QUOTES must be received by the destination inbox no later than *02 February 2026, 11:00 AM (Pacific)* or they will not be considered for award.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/ed2139ccda044edf81017ef81c6022e6/view)
- Place of Performance
- Address: San Diego, CA 92136, USA
- Zip Code: 92136
- Country: USA
- Zip Code: 92136
- Record
- SN07700484-F 20260131/260129230037 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |